Tender

SC22212 – Waste Treatment and/or Final Disposal (WTFD) Services

  • Kent County Council

F02: Contract notice

Notice identifier: 2023/S 000-004390

Procurement identifier (OCID): ocds-h6vhtk-03a53f

Published 13 February 2023, 3:44pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council

County Hall

Maidstone

ME14 1XQ

Contact

Miss Molly Roast

Email

Molly.Roast@kent.gov.uk

Telephone

+44 3000414141

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

http://www.kent.gov.uk

Buyer's address

http://www.kent.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.kentbusinessportal.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SC22212 – Waste Treatment and/or Final Disposal (WTFD) Services

Reference number

DN626154

two.1.2) Main CPV code

  • 90510000 - Refuse disposal and treatment

two.1.3) Type of contract

Services

two.1.4) Short description

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.

The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant’s Guidance.

The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority’s sites to the Supplier’s facility/ies.

KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill.

The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events.

The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste – 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Lot 2 - Mid Kent (Core Waste – 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Lot 3 - East Kent (Core Waste – 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Possibility to extend the contract on a plus -12 months, plus - 12 months basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.

The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant’s Guidance.

The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority’s sites to the Supplier’s facility/ies.

KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill.

The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events.

The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste – 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Lot 2 - Mid Kent (Core Waste – 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Lot 3 - East Kent (Core Waste – 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Possibility to extend the contract on a plus -12 months, plus - 12 months basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.

The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant’s Guidance.

The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority’s sites to the Supplier’s facility/ies.

KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill.

The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events.

The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste – 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum.

This contract is split into 'operational lots' based on regional requirements:

Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Lot 2 - Mid Kent (Core Waste – 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Lot 3 - East Kent (Core Waste – 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)

Tenderers can bid for one or all Lots as well as any combination of Lots.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Possibility to extend the contract on a plus -12 months, plus - 12 months basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 March 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Kent County Council

County Hall

Maidstone

ME14 1XQ

Country

United Kingdom